Tender

Housing First Service

  • Coventry City Council

F02: Contract notice

Notice identifier: 2022/S 000-030867

Procurement identifier (OCID): ocds-h6vhtk-037e31

Published 1 November 2022, 3:45pm



Section one: Contracting authority

one.1) Name and addresses

Coventry City Council

Council House,Earl Street

COVENTRY

CV15RR

Email

procurement.services@coventry.gov.uk

Telephone

+44 2476833757

Country

United Kingdom

Region code

UKG33 - Coventry

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.coventry.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.csw-jets.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.csw-jets.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Housing First Service

Reference number

COV - 14650

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Housing First is a housing and support approach that gives people who have experienced homelessness and chronic health, and social care needs a stable home from which to rebuild their lives; provides intensive, person-centered, holistic support that is open-ended; and places no conditions on individuals; however, they should desire to have a tenancy.

Housing First is based on the concept that rough sleepers should be offered a stable, permanent home as soon as possible, followed by wrap-around support.

The Provider will be expected to become a key partner in the development and delivery of approaches to address homelessness in Coventry. The Provider will proactively engage in the delivery and development of services and pathways to meet strategic objectives.

The overall outcome of the Housing First Pilot will be a reduction in rough sleeping across the WMCA area. In Coventry this will be evidenced through the following outcomes/outputs:

1. Rough sleepers and those at risk of rough sleeping who meet the criteria for the Housing First pilot are quickly identified and supported to engage with the Housing First service

2. Those who meet the criteria for Housing First support but refuse initial attempts to engage will continue to receive support and be offered services through different methods of engagement and flexible approaches to support provision

3. Individuals with severe disadvantage and multiple and complex needs will be supported to access suitable accommodation that meets their needs in Coventry

4. Individuals receiving Housing First support will continue to remain housed with no immediate threat of homelessness

5. Individuals receiving Housing First support will see an improvement in their health & wellbeing

6. Individuals receiving Housing First support will experience an increase in independence

7. Individuals receiving Housing First support will feel empowered to engage with support services and their local community on a regular and consistent basis

8. Individuals receiving Housing First support will identify their employment and training needs and move towards sustainable employment or volunteering

9. Individuals receiving Housing First support will be supported to engage or re-engage in appropriate and supportive relationships with family and friends if appropriate

10. At the end of the Housing First pilot individuals supported will be redirected to appropriate services with an individual exit plan.

two.1.5) Estimated total value

Value excluding VAT: £832,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG33 - Coventry

two.2.4) Description of the procurement

Providers are deemed to understand fully the processes that the Council is required to follow under relevant European and UK legislation, particularly in relation to The Public Contracts Regulations 2015.

This procurement is for Social Care Services which are considered Light Touch Regime (LTR) services under the Public Contracts Regulations 2015, as specified in Schedule 3 of the Regulations ("Regulations").

Accordingly, the Council is only bound by those parts of the Regulations detailed in Chapter 3 'Particular Procurement Regimes Section 7, Social and Other Specific Services' 74 to 76 of the Public Contracts Regulations 2015. The Council is not voluntarily following any other part of the Regulations. The procedure that the Council is following is set out within this ITT.

The contract duration will be 2 years with a possible extension of a further 2 years if further funding is secured.

The Provider will be required to continue to develop and deliver the service through joint working with communities, commissioners, other commissioned Providers, and stakeholders.

The Provider will be a system leader and not just a contractor, committed to influencing and improving the way we address homelessness and rough sleeping across our communities and throughout the local system.

Matching individuals to and supporting them to maintain accommodation provision through targeted access, referral, and support processes will ensure that the needs of individuals are met in the best possible way whilst maintaining the overall deliverability of the service. It is the Local Authority's view that getting this matching right is critical and in the interests of all parties to ensure the optimal use of available resources and the stability and sustainability of accommodation.

The Provider will ensure a safe model of service delivery through robust risk management and safety planning processes. Individuals will be fully consulted and involved in the planning and delivery of the service they receive so that they have a voice and can influence decisions and developments.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

Initial Contract Duration: 01 April 2023 - 31 March 2025.

The extension will be considered if funding is available and the provider meets service KPIs.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stipulated in the ITT documentation.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 December 2022

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 December 2022

Local time

1:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Coventry City Council

Coventry City Council

Coventry

CV1 2GN

Email

procuremen.services@coventry.gov.uk

Country

United Kingdom